Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2010 FBO #3141
SOLICITATION NOTICE

66 -- MKS Airgard Gas Analyzer or Equal

Notice Date
6/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333295 — Semiconductor Machinery Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-10-RQ-0515
 
Archive Date
7/28/2010
 
Point of Contact
Joshua D. Holliday, Phone: 3019758497, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
joshua.holliday@nist.gov, todd.hill@nist.gov
(joshua.holliday@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. ***This solicitation is being issued using Simplified Acquisition Procedures.*** ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 333295 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) MKS Airgard Gas Analyzer or EQUIVALENT.*** ***Line Item 0001 is a BRAND NAME or EQUAL requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency's needs.*** ***All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) MKS Airgard Gas Analyzer or EQUIVALENT, which shall meet or exceed the following salient characteristics: 1. The ambient air monitor shall be an FTIR (Fourier Transform Infrared) based system. 2. The air monitor shall be able to detect part-per-billion levels of most TICs (Toxic Industrial Chemicals) such as SF6, and CF4, with a 15 second or less integration time. In addition, the air monitor shall detect the following compounds with these approximate minimum detection limits (as determined by the "three sigma" rule for 10 second integration time). In addition, the following compounds will also have a preloaded calibration curve on the air monitor, which the user will be able to modify with known calibrated samples. Compound Approx. Minimum Detection Limit (ppb) Benzaldehyde 16 Cyclohexanone 4 Alpha-Pinene 4 Sulfur Hexafluoride 0.3 Formaldehyde 27 Benzene 90 Acetone 60 Toluene 60 Decane 13 Cyclohexane 3 3. The air monitor shall have a nominal accuracy of 1-2% 4. The air monitor shall be able to detect/alarm said toxic gases within 15 seconds from exposure. 5. The air monitor shall have 3rd party validation for sensitivity, chemical specificity, response time and immunity to false alarms. 6. The air monitor shall have all necessary electronic, optical, mechanical and computational sub-assemblies within a single housing. 7. The air monitor shall also have within said housing, a sampling pump to impel outside air into the monitor for analysis. 8. The air monitor shall have communication ports (Ethernet and/or USB) which will allow it to port data from its internal computer to an external network or memory device. Note computer should be built into the unit so that the results are reported via using TCP/IP and a open XML protocol in order to interface with all common external software platforms. 9. The air monitor shall use advanced mathematical software for the spectral identification and quantification of gaseous species. 10. Software shall be designed for the specific purpose of identification and quantification of gaseous species. 11. The air monitor shall weigh no more than 75 lbs. [34.1 kg] 12. The air monitor shall be no larger than 19" (W) x 26" (H) x 8 (L). [48.3 x 66.0 x 20.3 (cm)] 13. The air monitor shall have handles to make it transportable. 14. The air monitor shall have the capability of being wall mounted by means of a mounting plate. 15. The air monitor shall be operable over a temperature range of 10 ºC to 40 ºC. 16. The air monitor shall be operable over a humidity range of 10% RH to 65% RH. 17. The air monitor shall operate on standard line input; 120 VAC, 50/60 Hz, 3A. 18. Gas cell shall have a volume not greater than 400mL and a minimum path length of not less than 10 meters. Gas cell shall have gold coated mirrors. 19. The detector shall have a detection range of 600 cm-1 to 5000 cm-1 without the use of external LN2 cooling. Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Award shall be made to the firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated above and meets the needs of the Government in essentially the same manner as the brand name. Price: Quoted price will be evaluated for reasonableness. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items; 52.217-5 Evaluation of Options. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ******The following clauses apply to this acquisition: 1. 52.211-6 Brand Name or Equal; 2. 52.212-4 Contract Terms and Conditions-Commercial Items; 3. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: a. 52.219-28 Post Award Small Business Program Rerepresentation b. 52.222-3 Convict Labor c. 52.222-19 Child Labor - Cooperation With Authorities And Remedies d. 52.222-21 Prohibition of Segregated Facilities e. 52.222-26 Equal Opportunity f. 52.222-35 Equal Opportunity for Special Disabled Vets g. 52.222-36 Affirmative Action for Workers with Disabilities h. 52.222-37 Employment Reports on Special Disabled Vets i. 52.225-3 Buy American Act - NAFTA - Israeli Trade Act j. 52.225-13 Restriction on Certain Foreign Purchases, and k. 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. ***Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** WARRANTY: The Contractor shall provide at a minimum, a one year warranty for the equipment. Please provide a description of the warranty provided for this equipment. Please include the following details: 1. Length of warranty 2. What is included? (Parts, Labor) 3. Is the warranty on-site or return to vendor? a. If on-site is travel included? b. If return to vendor is shipping to and from NIST included? ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s); 5) Country of Origin information for each line item.*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Joshua D. Holliday, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** *** This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) *** ***Submission shall be received not later than 3:00 p.m. local time on July 13, 2010 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: Joshua Holliday. Because of heightened security, FedEx, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. For non-U.S. citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Offerors shall submit their quotations so that NIST receives the complete quotation not later than 3:00 PM Eastern Time on July 13, 2010. FAX quotations shall not be accepted. E-mail quotations shall be accepted at joshua.holliday@nist.gov. E-mail quotations shall not be deemed received until the quotation is is entered in the e-mail inbox of Joshua Holliday. ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0515/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02191340-W 20100701/100629234919-7566ec2d741f4b97437c3e20c7ff1197 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.